NOTICE OF INTENT TO SOLE SOURCE: Validation and Calibration Services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System
ID: 75N91024Q00095Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH NCIBethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    Presolicitation NOTICE OF INTENT TO SOLE SOURCE: Validation and Calibration Services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System. The Department of Health and Human Services, Department of, specifically the National Institutes of Health, National Cancer Institute, requires validation and calibration services for a Government-owned Rees Scientific Environmental Monitoring-Alarm System. This system is used by the Surgery Branch at the Center for Cancer Research to monitor and alert for environmental changes. The procurement will be processed under FAR Part 12 and made pursuant to the authority in FAR 13.106-1(b)(2). The place of performance is Bethesda, Maryland, United States. Interested parties may submit a capability statement, proposal, or quotation by July 29, 2024, to be considered by the agency. Contractors must be registered and have valid, current Entity Record in the System for Award Management (SAM) through SAM.gov.

    Point(s) of Contact
    Lena Lee, Contract Specialist
    lena.lee@nih.gov
    Reyes Rodriguez, Contracting Officer
    reyes.rodriguez@nih.gov
    Files
    Title
    Posted
    Similar Opportunities
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Active
    Health And Human Services, Department Of
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    Intent to Sole Source RS Means Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with The Gordian Group, Inc. for the licensing of RS Means Software. This software is essential for enhancing the accuracy and efficiency of the NIH's construction cost estimation processes, providing reliable and up-to-date cost data critical for project planning and budgeting. The acquisition of RS Means is vital for ensuring precise estimates that reflect current market trends, thereby reducing the risk of cost overruns and improving overall project management. Interested parties that believe they can meet these requirements must respond within five days of the notice, providing necessary company information, as the contract is set to be awarded as a firm-fixed-price purchase order for a one-year period, from September 23, 2024, to September 22, 2025. For further inquiries, contact Amanda Tilton at amanda.tilton@nih.gov or call 301-594-5711.
    Amendment No. 1 -Notice of Intent to Award a Sole Source Contract – Radiation Protection Advancing Patient Safety
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), intends to award a Sole Source contract to the National Council on Radiation Protection and Measurements (NCRP) for the project titled "Radiation Protection Advancing Patient Safety." The primary objective of this procurement is to obtain up to six well-sourced scientific analyses, reports, and recommendations on radiation safety, which will inform regulatory decision-making and policy development related to radiological medical devices and radiation-emitting electronic products. This initiative is crucial for enhancing patient safety by ensuring that radiation exposure is minimized and that the quality of patient care is improved. Interested parties must submit their capability statements to Bernice Nelson by September 19, 2024, with the contract being executed under simplified acquisition procedures and the NAICS code 541720, which has a small business size standard of $28 million.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source – Medtronic
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a sole source contract to Medtronic USA, Inc. for the procurement of Concerto Coils and Vascular Plug Systems essential for patient care at the NIH Clinical Center in Bethesda, Maryland. The acquisition includes specific product numbers and quantities, highlighting the unique features of these medical devices that are critical for the clinical needs of the facility. This procurement is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the specialized nature of the products. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by September 17, 2024, at 8 AM EST.
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Active
    Health And Human Services, Department Of
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    Notice of Intent - Ortho Clinical Reagents and Supplies
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a fixed-price contract for Ortho Clinical reagents and supplies, specifically for the Department of Transfusion Medicine at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to secure essential analyzer supplies and reagents that are critical for ensuring the safety and effectiveness of blood products used in transfusion therapy, which must meet specific compatibility requirements for patient treatment. The selected supplier, Ortho-Clinical Diagnostics, Inc., is the sole source for these unique reagents, which have undergone extensive validation studies and are necessary for compatibility testing of both patients and blood donors. Interested parties capable of providing similar products may submit a capability statement by September 22, 2024, to Sheri Eiri at sheri.eiri@nih.gov, as the contract is contingent upon the availability of FY2025 funding.
    Preventative Maintenance Agreement
    Active
    Health And Human Services, Department Of
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    H--Notice of Intent to Sole Source: Montel Rack Syste
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Reclamation, is planning to award a sole source contract to Shelf Image, Inc. for the repair services of the Montel Rack System. This procurement falls under the NAICS Code 811310, which pertains to commercial and industrial machinery and equipment repair and maintenance, highlighting the specialized nature of the services required. The government has determined that only one responsible source can meet its needs, and the anticipated award date is September 20, 2024, with services expected to be completed within 10 days of the start date. Interested parties who believe they can fulfill the requirements must submit a capability statement by 5:00 PM EST on September 17, 2024, to Megan Swift at mswift@usbr.gov.